Opportunity

Fire Equipment Maintenance Services Framework

  • Star Academies

F02: Contract notice

Notice reference: 2021/S 000-005041

Published 12 March 2021, 12:09pm



Section one: Contracting authority

one.1) Name and addresses

Star Academies

Shadsworth Road

Blackburn

BB1 2HT

Email

sophie.allen@staracademies.org

Telephone

+44 3303139800

Country

United Kingdom

NUTS code

UKD41 - Blackburn with Darwen

Internet address(es)

Main address

www.staracademies.org

Buyer's address

www.staracademies.org

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://suppliers.multiquote.com

Additional information can be obtained from another address:

Star Academies

Shadsworth Road

Blackburn

BB1 2HT

Email

sophie.allen@staracademies.org

Telephone

+44 3303139800

Country

United Kingdom

NUTS code

UKD41 - Blackburn with Darwen

Internet address(es)

Main address

www.staracademies.org

Buyer's address

www.staracademies.org

Tenders or requests to participate must be submitted electronically via

https://suppliers.multiquote.com

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Fire Equipment Maintenance Services Framework

Reference number

CA8485 - FWO/2021/FIRE2

two.1.2) Main CPV code

  • 51700000 - Installation services of fire protection equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Star Academies are looking to run an FTS (EU) compliant framework tender to appoint up to four suitable suppliers across each lot (region). The suppliers selected will be able to provide a complete fire equipment maintenance service across each lot (region).

two.1.5) Estimated total value

Value excluding VAT: £225,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
4

Maximum number of lots that may be awarded to one tenderer: 4

two.2) Description

two.2.1) Title

Lot 1 - North West

Lot No

1

two.2.2) Additional CPV code(s)

  • 44480000 - Miscellaneous fire-protection equipment
  • 39525400 - Fire blankets
  • 35111300 - Fire extinguishers
  • 35111400 - Fire escape equipment

two.2.3) Place of performance

NUTS codes
  • UKD - NORTH WEST (ENGLAND)
Main site or place of performance

North West

two.2.4) Description of the procurement

North West includes - Cheshire, Cumbria, Greater Manchester, Lancashire, Merseyside

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £76,500

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

The objective of the evaluation process is to assess the responses to this questionnaire and select potential suppliers to proceed to the next stage of the procurement (ITT). Shortlisting will be based on the matters set out below.

1. Mandatory Minimum Requirements – these all must be met to progress.

• No exclusions through mandatory or discretionary grounds under Parts 1 and 2

• Minimum £1m insurance held, or commitment to obtain, for the following:

o Employer’s Liability (minimum £5m)

o Public Liability

o Property Liability

• Relevant Health and Safety accreditation such as:

o ISO18001

o CHAS

o Achilles

o Other suitable Health and Safety Auditor

• Holding of the following company policies:

o Health & Safety

o Environmental

o GDPR

• Financial stability – this will be calculated by confirmation that your assets must be equal to or more than your liabilities.

• BAFE registration.

2. Technical & Capacity Capability – these will be scored and ranked to shortlist to ITT.

• Structure & Response – Demonstration of ability to meet school demands based on the infrastructure of the company, its service capabilities and any relevant response times for engineers including examples.

• Sector Experience & References – Evidence of working within schools and the education sector in a similar capacity, references and examples given.

Bullet points indicating considerations as part of these questions are highlighted in Part 3 below.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2 - West Yorkshire

Lot No

2

two.2.2) Additional CPV code(s)

  • 35111400 - Fire escape equipment
  • 39525400 - Fire blankets
  • 35111300 - Fire extinguishers
  • 44480000 - Miscellaneous fire-protection equipment

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire
Main site or place of performance

West Yorkshire

two.2.4) Description of the procurement

West Yorkshire includes - Bradford, Calderdale, Kirklees, Leeds, Wakefield

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £49,500

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

The objective of the evaluation process is to assess the responses to this questionnaire and select potential suppliers to proceed to the next stage of the procurement (ITT). Shortlisting will be based on the matters set out below.

1. Mandatory Minimum Requirements – these all must be met to progress.

• No exclusions through mandatory or discretionary grounds under Parts 1 and 2

• Minimum £1m insurance held, or commitment to obtain, for the following:

o Employer’s Liability (minimum £5m)

o Public Liability

o Property Liability

• Relevant Health and Safety accreditation such as:

o ISO18001

o CHAS

o Achilles

o Other suitable Health and Safety Auditor

• Holding of the following company policies:

o Health & Safety

o Environmental

o GDPR

• Financial stability – this will be calculated by confirmation that your assets must be equal to or more than your liabilities.

• BAFE registration.

2. Technical & Capacity Capability – these will be scored and ranked to shortlist to ITT.

• Structure & Response – Demonstration of ability to meet school demands based on the infrastructure of the company, its service capabilities and any relevant response times for engineers including examples.

• Sector Experience & References – Evidence of working within schools and the education sector in a similar capacity, references and examples given.

Bullet points indicating considerations as part of these questions are highlighted in Part 3 below.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 3 - West Midlands

Lot No

3

two.2.2) Additional CPV code(s)

  • 39525400 - Fire blankets
  • 35111400 - Fire escape equipment
  • 35111300 - Fire extinguishers
  • 44480000 - Miscellaneous fire-protection equipment

two.2.3) Place of performance

NUTS codes
  • UKG3 - West Midlands
Main site or place of performance

West Midlands

two.2.4) Description of the procurement

West Midlands includes - Birmingham, Coventry, Dudley, Sandwell, Solihull, Walsall, Wolverhampton

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £76,500

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

The objective of the evaluation process is to assess the responses to this questionnaire and select potential suppliers to proceed to the next stage of the procurement (ITT). Shortlisting will be based on the matters set out below.

1. Mandatory Minimum Requirements – these all must be met to progress.

• No exclusions through mandatory or discretionary grounds under Parts 1 and 2

• Minimum £1m insurance held, or commitment to obtain, for the following:

o Employer’s Liability (minimum £5m)

o Public Liability

o Property Liability

• Relevant Health and Safety accreditation such as:

o ISO18001

o CHAS

o Achilles

o Other suitable Health and Safety Auditor

• Holding of the following company policies:

o Health & Safety

o Environmental

o GDPR

• Financial stability – this will be calculated by confirmation that your assets must be equal to or more than your liabilities.

• BAFE registration.

2. Technical & Capacity Capability – these will be scored and ranked to shortlist to ITT.

• Structure & Response – Demonstration of ability to meet school demands based on the infrastructure of the company, its service capabilities and any relevant response times for engineers including examples.

• Sector Experience & References – Evidence of working within schools and the education sector in a similar capacity, references and examples given.

Bullet points indicating considerations as part of these questions are highlighted in Part 3 below.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 4 - London

Lot No

4

two.2.2) Additional CPV code(s)

  • 39525400 - Fire blankets
  • 35111400 - Fire escape equipment
  • 35111300 - Fire extinguishers
  • 44480000 - Miscellaneous fire-protection equipment

two.2.3) Place of performance

NUTS codes
  • UKI - LONDON
Main site or place of performance

London

two.2.4) Description of the procurement

London includes - Greater London urban area including London, Surrey, Hertfordshire, Berkshire, Essex and Kent

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £22,500

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

The objective of the evaluation process is to assess the responses to this questionnaire and select potential suppliers to proceed to the next stage of the procurement (ITT). Shortlisting will be based on the matters set out below.

1. Mandatory Minimum Requirements – these all must be met to progress.

• No exclusions through mandatory or discretionary grounds under Parts 1 and 2

• Minimum £1m insurance held, or commitment to obtain, for the following:

o Employer’s Liability (minimum £5m)

o Public Liability

o Property Liability

• Relevant Health and Safety accreditation such as:

o ISO18001

o CHAS

o Achilles

o Other suitable Health and Safety Auditor

• Holding of the following company policies:

o Health & Safety

o Environmental

o GDPR

• Financial stability – this will be calculated by confirmation that your assets must be equal to or more than your liabilities.

• BAFE registration.

2. Technical & Capacity Capability – these will be scored and ranked to shortlist to ITT.

• Structure & Response – Demonstration of ability to meet school demands based on the infrastructure of the company, its service capabilities and any relevant response times for engineers including examples.

• Sector Experience & References – Evidence of working within schools and the education sector in a similar capacity, references and examples given.

Bullet points indicating considerations as part of these questions are highlighted in Part 3 below.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 month(s)

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 4

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

30 April 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

six.4) Procedures for review

six.4.1) Review body

Star Academies

Shadsworth Road

Blackburn

BB1 2HT

Email

sophie.allen@staracademies.org

Telephone

+44 7860132731

Country

United Kingdom